Tender

Software as a Service Finance Solution

  • Muir Group Housing Association Ltd

F02: Contract notice

Notice identifier: 2021/S 000-015219

Procurement identifier (OCID): ocds-h6vhtk-02c2e6

Published 2 July 2021, 2:15pm



Section one: Contracting authority

one.1) Name and addresses

Muir Group Housing Association Ltd

80 Lightfoot Street, Hoole

Chester

CH2 3AL

Contact

Email or Phone

Email

chris.shaw@shawc.co.uk

Telephone

+44 7722067596

Country

United Kingdom

NUTS code

UKD63 - Cheshire West and Chester

Internet address(es)

Main address

https://www.muir.org.uk/

Buyer's address

https://www.shawc.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Chester:-Information-technology-services./2B5AH895G7

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Software as a Service Finance Solution

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of a Software as a Service Finance Solution to include all the required implementation and transformation services.

two.1.5) Estimated total value

Value excluding VAT: £1

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48440000 - Financial analysis and accounting software package

two.2.3) Place of performance

NUTS codes
  • UKD63 - Cheshire West and Chester
Main site or place of performance

Cheshire West and Chester

two.2.4) Description of the procurement

Muir Group are looking to replace their existing, on Premise Sun Accounts system with a Software as a Service Solution.

The scope of this project comprises the following requirements of the SAAS Solution for 15 core finance users and 150 staff across the business for self service.

- financial ledgers (general, purchase, sales, and cashbook).

- flexible, user friendly reporting capability.

- budgeting and financial planning functionality.

- purchase to pay solution (purchase order processing); and

- flexible, robust, and simple functionality to integrate with other systems e.g. principally Civica Cx, Keystone, RAM, SDS Proval & Sequel, AllPay and other line of business systems.

The high-level requirements for the fully integrated, single supplier SaaS solution are detailed below:

- General Ledger

- Project Accounting

- Purchase Ledger

- Sales Ledger & Debt Management

- Cashbook & Bank

- VAT

- Fixed Assets

- Budget Planning & Forecasting

- P2P

- Self Service

- Mobile Working

- Workflow

- Reporting & Dashboards

- Search Facilities

The appointed supplier must work with Muir Groups internal team to ensure the proposed solution transforms the way they currently work and that it is successfully adopted by all users of the business. As part of delivering the new SaaS solution, you must work with Muir Group to design and implement a new Chart of Accounts.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract will include a break clause in year 2 and could include further extensions of 24 months after the first 5 years. 5 years / 60 months will start after the system has gone live. Any extension will be dependent on the satisfactory performance of the delivered solution and suppliers services.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/PF928WC7ST


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The following are Pass / Fail.

1.the supplier’s proposed project managers must be certified in an internationally recognised project management methodology e.g. PRINCE2, Agile.

2.Your organisation must be ISO9001:2015 certified or have an equivalent quality management system.

3.Your organisation must be compliant with UK GDPR requirements and registered with the ICO.

4.Your organisation must be ISO27001 certified or have an equivalent security certification.

three.1.2) Economic and financial standing

List and brief description of selection criteria

1. Please provide your yearly turnover in the business area covered by the contract and ensure you provide 3 financial years of information.

2. You must self-certify that you have or will obtain before the contract commences the minimum insurance levels detailed below:

3. The minimum level of economic and financial standing and / or the minimum financial threshold will be assessed by Link by performing a Dunn & Bradstreet credit check, a score of average (or its equivalent) or above will be classed as a pass; anything below average (or its equivalent) will be a fail.

Minimum level(s) of standards possibly required

Minimum Insurance Levels

 Employer’s (Compulsory) Liability Insurance = £10 million

 Public Liability Insurance = £5 million

 Professional Indemnity Insurance = £5 million

 Product Liability Insurance = £5 million

Dunn & Bradstreet Check Minimum Levels:

 a score of average (or its equivalent) or above will be classed as a pass; anything below average (or its equivalent) will be a fail.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. You must provide a minimum of 3 examples of public service contracts over the last 3 years which are identical to the requirements that

Muir Group are requesting.

2. The proposed solution must be integrated to Microsoft Azure Active Directory to provide single sign on (SSO) using pass through credentials.

3. The proposed solution should have the capability to be seamlessly integrated, bi-directionally with Muir Group’s core business systems through a published set of APIs.

4. The solution must be accessible from any location, across any device type, and accessed through a web browser and not requiring any locally installed client or plugin for the browser.

5. The proposed solution has a responsive design i.e. it will resize the screens to the type of device (Laptop, Smartphone, Tablet) it is using automatically.

6. The solution must be a true SaaS solution and not a privately hosted solution or an on-premise solution.

7. The solution must be fully integrated, from a single provider and use just one backend database.

8. The supplier of the proposed solution must be certified by the software vendor at the highest available level e.g. Gold, Platinum, etc.

Minimum level(s) of standards possibly required

all requirements stated above are pass / fail requirements.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 August 2021

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

23 August 2021

Local time

9:00am

Place

Virtually


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Chester:-Information-technology-services./2B5AH895G7

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/2B5AH895G7

GO Reference: GO-202172-PRO-18502345

six.4) Procedures for review

six.4.1) Review body

Muir Group Housing Association

80 Lightfoot Street, Hoole

Chester

CH2 3AL

Country

United Kingdom